Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Domiciliary Care and Wellbeing Service

  • First published: 20 February 2024
  • Last modified: 20 February 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-043b0c
Published by:
Thurrock Council
Authority ID:
AA20019
Publication date:
20 February 2024
Deadline date:
22 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The provision of a domiciliary care and wellbeing service focussed on creating independence and social connections.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Thurrock Council

Civic Offices, New Road

Grays

RM17 6SL

UK

E-mail: procurement@thurrock.gov.uk

NUTS: UKH32

Internet address(es)

Main address: www.thurrock.gov.uk

Address of the buyer profile: https://in-tendhost.co.uk/thurrockcouncil/aspx/Home

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://in-tendhost.co.uk/thurrockcouncil/aspx/ProjectManage/1540


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/thurrockcouncil/aspx/ProjectManage/1540


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://in-tendhost.co.uk/thurrockcouncil/aspx/ProjectManage/1540


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Domiciliary Care and Wellbeing Service

Reference number: PS/2023/149

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council’s requirement under this Contract is for the provision of a domiciliary care and wellbeing service focussed on creating independence and social connections. The contract is divided into 3 Lots, with Lot 2 sub-divided into 3 Sub-Lots.Please see the service specification which details the expectations of this contract.

II.1.5) Estimated total value

Value excluding VAT: 114 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 2 lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Bidders may apply for either Lot 1 or Lot 2. Bidders may apply for Lot 3 on its own or in addition to Lot 1 or Lot 2. If applying for Lot 2, Bidders must apply for all Sub-Lots.Lot 1 and 3 will be awarded to the highest scoring Tenderers to apply for those Lots. Lot 2 will be awarded in accordance with the ITT, with a maximum of one Sub-Lot being awarded to any one Tenderer.

II.2) Description

Lot No: 1

II.2.1) Title

Locality 1

II.2.2) Additional CPV code(s)

85000000

98000000

85310000

85300000

II.2.3) Place of performance

NUTS code:

UKH32


Main site or place of performance:

II.2.4) Description of the procurement

The provision of a domiciliary care and wellbeing service focussed on creating independence and social connections.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2025

End: 31/03/2035

This contract is subject to renewal: Yes

Description of renewals:

The contract has a 5 year break clause. A replacement contract is expected either in five or ten years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

In line with the selection questionnaire, the 5 highest scoring applicants to apply for Lot 1 will be invited to tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Lot No: 2

II.2.1) Title

Localities 2, 3 and 4

II.2.2) Additional CPV code(s)

85000000

98000000

85310000

85300000

II.2.3) Place of performance

NUTS code:

UKH32


Main site or place of performance:

II.2.4) Description of the procurement

The provision of a domiciliary care and wellbeing service focussed on creating independence and social connections.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2025

End: 31/03/2035

This contract is subject to renewal: Yes

Description of renewals:

The contract has a 5 year break clause. A replacement contract is expected either in five or ten years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

In line with the selection questionnaire, the 6 highest scoring applicants to apply for Lot 2 will be invited to tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This lot has 3 Sub-Lots (A, B and C) representing three separate localities.

Lot No: 3

II.2.1) Title

Out of Hours (boroughwide)

II.2.2) Additional CPV code(s)

85000000

98000000

85310000

85300000

II.2.3) Place of performance

NUTS code:

UKH32


Main site or place of performance:

II.2.4) Description of the procurement

The provision of a domiciliary care and wellbeing service focussed on creating independence and social connections.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2025

End: 31/03/2035

This contract is subject to renewal: Yes

Description of renewals:

The contract has a 5 year break clause. A replacement contract is expected either in five or ten years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

In line with the selection questionnaire, the 5 highest scoring applicants to apply for Lot 3 will be invited to tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

See the selection questionnaire

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 22/03/2024

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 22/04/2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Either in five or ten years, depending on whether the 5-year break clause is enacted.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The Council is operating this procurement under the Light Touch Regime for Social and Other Specific Services, as set out in the PCR 2015, at Section 7 (Regulations 74 to 77) and Schedule 3.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Thurrock Council shall incorporate a 10 calendar day standstill period starting the day after the date on which the award of the contract is communicated to tenderers, allowing unsuccessful tenderers to seek further debriefing from the Council before the contract is entered into.

VI.5) Date of dispatch of this notice

19/02/2024

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
98000000 Other community, social and personal services Other Services
85300000 Social work and related services Health and social work services
85310000 Social work services Social work and related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@thurrock.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.